Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

R -- Postal Service - Combined Synopsis/Solicitation

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-08-R-0019
 
Archive Date
9/9/2008
 
Point of Contact
Kristina Mannucci,, Phone: (50)634-3597, Robert Watts,, Phone: 530-634-3372
 
E-Mail Address
kristina.mannucci@beale.af.mil, robert.watts@beale.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This announcement, in combination with the attached Performance Work Statement (PWS), Attachment 1, constitutes the only solicitation issued for this requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The 9th Contracting Squadron is hereby releasing this solicitation as a Request for Proposals and intends to award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This solicitation is offered as a set aside for a Service Disabled Veteran-Owned Small Business. The North American Industry Classification System (NAICS) for this acquisition is 491110 with a Small Business Size Standard of $6,500,000. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Proposal (RFP) FA4686-08-R-0019. This requirement is for postal services at Beale AFB, with services detailed in PWS, Attachment 1. The expected performance period is 1 October 2008 through 30 September 2009, with four options through 30 September 2013. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made in accordance with 52.212-2 Evaluation-- Commercial Items. It is our intent to evaluate offers and award without discussions; however, we reserve the right to hold discussions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-24. The following contract clauses and provisions apply to this solicitation: FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The provision at FAR 52.212-2 Evaluation-- Commercial Items, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.219-1, Small Business Program Representations; FAR 52.219-27 Notice of Total Service Disabled Small Business Set Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.245-1 Government Property. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101--Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen, Colonel Nannette Benitez, ACC/A7K, 130 Douglas St., Ste 210, Langley AFB, VA 23665,757-764-5371, or by email: nannette.benitz@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 9:00 a.m., local, 25 August 2008. Send all offers to the attention of Capt Kristina Mannucci and Mr. Robert Watts, 9 CONS/LGCA, 6500 B St, Suite 101, Beale AFB, CA. 95903., or by facsimile to 530-634-3311, or e-mail to kristina.mannucci@beale.af.mil and robert.watts@beale.af.mil, phone 530-634-3597. To view the clauses in full text, visit http://farsite.hill.af.mil/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29faf21aa296db6428ac59da06392a74&tab=core&_cview=1)
 
Document(s)
Combined Synopsis/Solicitation
 
File Name: Solicitation (FA4686-08-R-0019.doc)
Link: https://www.fbo.gov//utils/view?id=ea5a367e8b8758a565463672921185a7
Bytes: 263.00 Kb
 
File Name: Attachment 1 (PWS, RFP Jul 08.doc)
Link: https://www.fbo.gov//utils/view?id=a4ad110dda3502cfc2ca3455277399bb
Bytes: 1,113.00 Kb
 
File Name: Attachment 2 (Performance Plan PWS May 08.doc)
Link: https://www.fbo.gov//utils/view?id=fec00345912d2867ab55bb16b1c2d54c
Bytes: 94.00 Kb
 
File Name: Attachment 3 (Attachment 3-Past Performance Questionnaire.doc)
Link: https://www.fbo.gov//utils/view?id=6b85bf2188e0881d4766f8acaa626cc6
Bytes: 103.00 Kb
 
File Name: Attachment 4 (Wage Determination, Jul 08.doc)
Link: https://www.fbo.gov//utils/view?id=20b3f8a638a31a7ba36843788e3046eb
Bytes: 91.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Beale AFB, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN01628833-W 20080803/080801221321-29faf21aa296db6428ac59da06392a74 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.